HomeMy WebLinkAboutAgenda Report - May 20, 1998 (78)CITY OF LODI COUNCIL COMMUNICATION
AGENDA TITLE: Specifications and Advertisement for Bids for a Transformer Turns Ratio Test ($9200)
MEETING DATE: May 20, 1998
SUBMITTED BY: Electric Utility Director
RECOMMENDED ACTION: That the City Council approve the attached specifications and authorize the
advertisement for bids for one Transformer Turns Ratio Test Set.
BACKGROUND: The Electric Utility Department's Electric Substation and Systems Division has
requested that a Transformer Turns Ratio Test Set (T.T.R.) be purchased. Due
to the daily use and age (over 10 years) of the existing TTR, it has become
unreliable as a precision instrument. The TTR is used to check the number of
high voltage windings to low voltage windings in a transformer (ratio). The TTR
is a crucial part of both power and distribution transformer maintenance. This test instrument was dropped from
the 1997-98 fiscal year budget request for funding level purposes. It was intended that if higher priority
expenditures were not made, the TTR would be funded from those sources. Due to poor weather conditions this
year, several substation maintenance items have not been funded. They will be done in the 1998 or the 1999
budget year. No funds will be carried over, and all deferred work will be performed under the funding authority in
the given fiscal year. Due to the importance of having a functioning TTR, funding is recommended from the
Substation Maintenance Account. Bid opening is scheduled for June 11, 1998.
FUNDING: Substation Maintenance Account - 160652.7719
Approximate cost: $9,200
/- � & 4 / )"', &I ^-
Alan N. Vallow
Electric Utility Director
FUNDING APPROVAL:
Vicky McAthie, Finance Director
Prepared by: Dale Edens, Technical Services Manager
ANV/DE/pn
c: City Attorney
Approved _... _...._
H DI ixon Flynn
City Manager
1USERIAOMIM1998%CounciNCommunications\05-20-98001 do
13 May 1
Specifications
TRANSFORMER TURNS RATIO
TEST SET
April 1998
CITY OF LODI
ELECTRIC UTILITY DEPARTMENT
l ;
TABLE OF CONTENTS
Section Title
SECTION 1 NOTICE INVITING BIDS
SECTION 2 INFORMATION TO BIDDERS
SECTION 3 BIDDDER'S PROPOSAL
SECTION 4 SPECIFICATIONS
Page No.
NOTICE INVITING BIDS
CITY OF LODI, CALIFORNIA
The City of Lodi hereby invites sealed proposals for furnishing and delivering ONE (1 )
Transformer Turns Ratio Test Set in accordance with this notice and specifications on file and
available from the City of Lodi, Electric Utility Department, Municipal Service Center, 1331 South
Ham Lane, Lodi, California, 95242-3995, (209) 333-6762. No bid will be considered unless it is
submitted on the proposal form provided by the City of Lodi.
Sealed proposals shall be delivered to the Purchasing Officer, Lodi City Hall Annex, 212 West Pine
Street, P.O. Box 3006, Lodi California, 95241-1910, at or before:
JUNE 11, 1998 11:00 A.M.
and will be publicly opened and read at that time in the Lodi City Hall Public Works Conference
Room, 221 West Pine Street, Lodi, California.
The City of Lodi reserves the right to reject any or all bids, to waive any informality in any bid, to
accept other than the lowest bid, or not to award the bid.
Reference is hereby made to said specifications for further details, which specifications and this
notice shall be considered part of any contract made pursuant thereto.
CITY OF LODI
Joel E. Harris
Purchasing Officer
xfor,ner Turns RaaalApril, 98, DFAf 1.1 NOTICE INVITING BIDS
INFORMATION TO BIDDERS
I. BID OPENING
1. The Purchasing Officer will receive sealed bids at City Hall Annex, 212 West Pine
Street, Lodi, California 95240 (P.O. Box 3006, Lodi, California 95241-1910) until the
time for opening bids as noted in the "Notice Inviting bids". Bidders or their
authorized representatives are invited to be present.
2. The proposal shall be submitted as directed in the "Notice Inviting Bids" under
sealed Cover plainly marked as a proposal and identifying the equipment to which
the proposal relates and the date of the bid opening therefor. Proposals, which are
not properly marked, may be disregarded. Only proposals actually received by the
Purchasing Officer by the time set for the bid opening will be accepted.
II. PROPOSAL FORM
Prospective bidders are furnished with one proposal form included with the
specifications.
2. An authorized representative of the company must sign the proposal with the full
name and address of the bidder.
3. The City of Lodi (Purchaser) reserves the right to accept other than the lowest bid,
or to reject any or all bids.
III. LIQUIDATED DAMAGES
In the event the successful bidder fails to deliver said equipment on the date promised, the City of
Lodi shall levy a charge for liquidated damages of for
jig"
_.
each working day after promised delivered date that actual delivery is late. ®Liquidated damages
shall be deducted from invoice amount at the time final payment is made.
IV. BIDDERS RESPONSIBILITY FOR SUBCONTRACTORS
Bidder shall be fully responsible for all work of subcontractors, and shall be liable for any failure or
omissions to comply with the specifications for this equipment.
V. REJECTION OF PROPOSALS
Bids may be rejected if they show any alteration of proposal form, additions not called for, or
alternative bids not properly documented. Bids proposing equipment or materials with which the
City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may
also be cause for rejection.
VI. AWARD OF BID
The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid proposal
complies with all the requirements herein described.
Wormer Tums Ratio/April, ss, DEW 2.1 INFORMATION TO BIDDERS
SECTION 2
INFORMATION TO BIDDERS
Where alternative bids are received, the City Council reserves the right to select the bid most
advantageous to the City. The award, if made, will be made within sixty days after the opening of
the bids.
1IF1I�I]=14 04:yJ
Delivery time will be part of the bid evaluation, and delivery lead-time(s) shall be clearly indicated
on the proposal.
VIII. PRICES
All quoted prices shall be current* and firm for at least forty-five (45) days after date of bid opening.
Prices to be F.O.B., Lodi, California.
IX. SALES AND USE TAXES
All quotations submitted shall include California State sales or use taxes.
X. PAYMENTS
Invoices shall indicate sales tax or use taxes as separate items apart from the cost
F.O.B. point of delivery. Purchaser's specifications and order number shall appear
on all invoices. All invoices shall be rendered in duplicate.
2. Full payment by the City of Lodi shall not release supplier of his responsibility to fully
carry out his bid obligations nor be construed by supplier as acceptance of the work
hereunder by the City of Lodi.
XI. GUARANTEES
In addition to any or all guarantees mentioned elsewhere herein, the supplier shall repair and/or
replace, entirely at his own expense any parts or part that may develop defects due to faulty
material, workmanship or design, within a period of one year after the equipment has been
accepted by the City.
XII. PURCHASES
This transaction will be covered by City of Lodi purchase order and all terms included in
Information to Bidders, Proposal and Detailed Specifications will be binding.
XIII. DOCUMENTATION
Bidders shall submit, with their bid, complete performance specifications, including dimensions and
ratings of the equipment they propose to furnish. Manufacturer's warranty policy must also be
submitted with bid. Failure to supply adequate information may be cause for rejection of bid.
xfomrer Tums RatWApril, 98, oE/Rf 2.2 INFORMATION TO BIDDERS
SECTION 2
BIDDER'S PROPOSAL
CITY OF LODI, CALIFORNIA
Date:
To: The Lodi City Council
CIO Purchasing Officer
(If delivered by FedEx. UPS, or Courier): (If delivered by mail):
212 West Pine Street P.O. Box 3006
Lodi, CA 95240 Lodi, CA 95241-1910
From:
(Name of Bidder)
Address of Bidder:
(Address of Bidder)
The undersigned, as bidder, declares to have carefully examined the Notice Inviting Bids,
Information to Bidders, and Specifications filed for furnishing and delivering this equipment,
and agrees to be fully informed regarding all of the conditions affecting the equipment to be
furnished for the completion of the order, and further agrees that the information was secured
by personal investigation and research and not from any estimate of a City employee, and that
no claim will be made against the City by reason of estimates, tests or representations of any
officer or agent of the City, and proposes and agrees if the proposal be accepted, to furnish
the City of Lodi the necessary equipment specified in the bid in the manner and time therein
set forth. It has been noted the City of Lodi reserves the right to accept all or part of this bid,
to reject any or all bids, or to accept other than the lowest bid.
Equipment listed below is to be accordance with the City of Lodi specifications attached
hereto. The bidder will submit a detailed list of any and all exceptions taken to these
specifications. In the absence of such a list, it will be understood that the bidder's proposal is
based on strict conformance to the specifications in all respects. All exceptions taken will be
evaluated, and the City of Lodi will make a determination as to acceptability of the exception
before the award is made.
If awarded the bid, the undersigned agrees to furnish and deliver the equipment described in
the specifications, and to take in full payment therefor the following unit and total prices, to -wit:
xformer Turns Ratio/April, 98, DE/kf 3.1 BIDDER'S PROPOSAL
SECTION 3
BIDDER'S PROPOSAL
QUANTITY DESCRIPTION
1. GENERAL
1.1
1.2
1.3
(Chit Price Written in Words)
Delivery is
Manufacturer _
Period of Full Warranty
MILT510
1.4 Additional Warranties
- Cost
- Term of Additional Warranty
Weeks.
Months
$
$
TAXES
TOTAL
xformer Turns RatiolApril. 98, DEN 3.2 BIDDER'S PROPOSAL
SECTION 3
BIDDER'S PROPOSAL
It is understood and agreed that if this Proposal is accepted, the price quoted above is inclusive of
sales or use tax, or similar tax now imposed by Federal, State or other governmental agency upon
the material specified.
The undersigned submits with this Proposal complete manufacturer's specifications covering all
material bid. Failure to provide adequate information may cause rejection of bid.
In any case where discrepancy in extensions may occur, the Bidder agrees that the unit price shall
be taken as the correct figure.
The undersigned has checked carefully all the above figures and understands that the City and its
officers and employees will not be responsible for any errors or omissions on the part of the
undersigned in making up this bid.
The undersigned, as bidder, hereby declares that the only persons or firms interested in the proposal
as principal or principals is or are named herein and that no other persons or firms than herein
mentioned have any interest in this proposal, that his proposal is made without connection with any
other person, company or parties making a bid or proposal; and that it is in all respects fair and in
good faith, without collusion or fraud.
This bid may be withdrawn by the written request of an authorized representative of the bidding
company at any time prior to the scheduled time for the opening of bids or any authorized
postponement thereof.
The undersigned hereby designates as his office to which such notice of acceptance may be mailed,
telegraphed or delivered:
SIGNATURE OF BIDDER
By
Title
Address
Dated
The full names and residences of persons and firms interested in the foregoing bid, as principals, are
as follows:
xformer Turns Ratio/April, 98, DFAf 3.3 BIDDER'S PROPOSAL
SECTION 3
SPECIFICATIONS
4.1 GENERAL
A. It is the intent of these specifications to describe a portable automatic 3-phase Transformer
Turns Ration (T.T.R.) tester and associated equipment of the best design and construction for
the use for which it was intended. Consequently it shall be the City's desire to award the contract
to the bidder who has demonstrated high quality by having a number of this type of T.T.R. in use
over a period of years.
B. The T.T.R. shall consist of all equipment necessary to perform all normal transformer single and
three phase winding ratio tests.
4.2 SPECIFIC REQUIREMENTS
A. The T.T.R. shall be of the manufactures latest microprocessor based design and meet or
exceed the following requirements:
1. The computer interface shall be RS -232C and communicate at a minimum of 19200
baud.
2. Software shall be Windows 95 compatible.
3. The T.T.R. shall be of portable one-piece design and shall not exceed 25 pounds.
4. The T.T.R. shall be fully automatic after data is entered and the test is commenced.
5. No calibration shall be required.
6. A printer shall be an integral part of the T.T.R. test set and shall print test results on 4-1/2
inch thermal paper.
7. The T.T.R. display shall be of the LCD type with a minimum display area of 20 characters
wide by 4 lines high and viewable in the direct sunlight.
S. Input voltage to the T.T.R. shall be 120 volts A.C.
9. Accuracy shall be a minimum plus minus one percent through all ranges.
10. Ration measurement ranges shall be minimum 1,000 to 2000,00.
11. Phase angle measurement shall be 0 degrees to 360 degrees.
12. A minimum of one complete transformer test shall be stored in the microprocessor for
downloading in a P.C. The test parameters shall include nameplate, voltage, winding
turns ratio, excitation current and winding phase angle.
13. One set of test leads and extension test leads for three test leads shall be included in this
bid. The minimum length of each set of test leads shall be 15 feet.
yxformer Tums RatiolApol, 98, OEM 4.1 SPECIFICATIONS
SECTION 4
SPECIFICATIONS
ACCESSORIES
A. A test lead -carrying bag with capacity to carry all test leads.
B. A metal carrying case designed for the purpose of carrying the T.T.R.
C. Applicable software and software license.
xformer Turns RatiolApril, 98, DE/kf 4.2 SPECIFICATIONS
SECTION 4